SOURCES SOUGHT
65 -- C-Arm table - Imaging 36C25623Q0841 Brand name or equal (Oakworks) 564-0010
- Notice Date
- 5/2/2023 7:56:00 AM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25623Q0841
- Response Due
- 5/5/2023 8:00:00 AM
- Archive Date
- 05/20/2023
- Point of Contact
- Mari A Gibson, Contract Specialist, Phone: 318-466-2236
- E-Mail Address
-
Mari.Gibson@va.gov
(Mari.Gibson@va.gov)
- Awardee
- null
- Description
- Department of Veterans Affairs Network Contracting Office (NCO) 16 Request For Information (RFI) DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this Request for Information (RFI) is preliminary as well as subject to amendment and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it will be synopsized in the Federal Contract Opportunities website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI 1. Title: C-ARM TABLE IMAGING (564 0010) 36C25623Q0841 2. Purpose: The Network Contracting Office (NCO) 16, located at Galleria Financial Center, 5075 Westheimer Rd, Ste 750, Houston, TX 77030, hereby issues the following Sources Sought to Request Information (RFI) with the intent of determining the contractor interest, capabilities, qualifications of potential businesses, nonmanufacturer rule compliance, Buy American Act compliance, Trade Agreement compliance and estimated industry pricing information for market research and estimated budgetary purpose for dental air compressor and associated materials. Contractor shall provide all shipping, containers, personnel, labor and testing for the item listed above and associated materials. This Sources Sought is published for market research purposes. This Sources Sought will be used to determine if a set-aside for any small business program is appropriate. Government anticipates competitive, firm fixed price Blanket Purchase Agreement (BPA). Please review this announcement, respond to questions below and review all attachments in their entirety. Government request that interested offerors complete all questions below, provide required documentation, descriptive literature and authorization letter as described below. The Government is in no way obligated to do business with or enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. 3. Objective: To find qualified and certified contractors with the capability to provide and deliver C-arm table imaging for the Veterans Healthcare System of the Ozarks (VHSO), 1100 N College, Warehouse Building # 1 Loading Dock, Fayetteville, Arkansas 72703. 4. Place of Performance: Veterans Healthcare System of the Ozarks Delivery Location and delivery address 1100 N College, Warehouse Building #1 (Loading Dock), Fayetteville, Arkansas 72703 5. Responses Requested: The NCO 16 requires all the following information and questions answered 5a through 5o in this RFI/SS: Questions and information that is not provided shall be considered nonresponsive to the Request for Information and contractor shall not be considered as part of the market research. a. Do you (contractor) possess the capability to meet the government requirements of Section 2 Scope for the C-arm table imaging of the Draft PWS? b. Do you (contractor) possess the capability to meet the delivery location in Section 4 Delivery for the C-arm table imaging in the Draft PWS ? What is your schedule of delivery after receipt of order for the product? c. Contractors shall provide their point(s) of contact name, address, telephone number, and email address, and the company's business size, and SAM Unique Entity Identification Number. d. Is your company a small business, SDBs, HUBZone, or 8A concern? Please provide proof of qualifications. e. Is your company considered small under the NAICS code 339113? f. Do you (Contractor) manufacture the product itself or a distributor of the items being researched above? g. Are you an authorized distributor/reseller? Provide evidence from original equipment manufacturer (OEM). h. Do you (Contractor) supply a product manufactured by another domestic small business, if it is a nonmanufacturer? i. Do you (Contractor) supply the product of any sized manufacturer if SBA has granted a waiver to the nonmanufacturer rule? j. Is your (Contractor) Buy American Certificate completed in SAM? Please provide evidence with response. k. Is your (Contractor) Trade Agreement Certificate completed in SAM? Please provide evidence with response. l. Information for the product being requested, is it manufactured outside the US-Domestic non-available? m. Information for the product being requested, is it a foreign manufactured product under the trade agreement? n. For the product required, Is your company available under any: Government Wide Agency Contract (GWAC) General Services Administration Schedules (GSA) Indefinite Delivery Indefinite Quantity (IDIQ) Blanket Purchase Agreement (BPA) If so, please list the contract number for product. o. Contractors shall provide an estimated industry pricing for products for market research and budgetary purpose. 6. Opportunity: The NCO 16, is seeking information from potential contractors on their ability to provide this service. THIS IS A SOURCES SOUGHT FOR REQUEST INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this Sources Sought in order to assist the NCO 16 in determining potential levels of competition available in the industry. Contractor shall possess the capability to provide all requirements and objectives. 7. Instructions and Response Guidelines: Sources Sought responses are due by May 5, 2023, at 10:00 am (CST) via email to mari.gibson@va.gov. All Questions shall be submitted by May 4, 2023, at 10:00 am (CST) via email to mari.gibson@va.gov. Telephone requests or inquires will not be accepted. Public Information will not be provided and shall be utilized to the full extent possible. This a New Requirement. The subject line shall read: 36C25623Q841-RFI-Sources Sought- C-arm table imaging. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 5(a) - 5(p). Please provide the information you deem relevant in order to respond to the specific inquiries of the Sources Sought. Information provided will be used solely by NCO 16 as ""market research"" and will not be released outside of the NCO 16 Purchasing and Contract Team. This Sources Sought notice does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this Sources Sought is preliminary as well as subject to modification and is in no way binding on the Government. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a solicitation is released, it is will be synopsized on Contracting Opportunities (https://beta.sam.gov/) website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this Sources Sought, or future RFP/RFQ. 8. Contact Information: Contract Specialist, Mari Gibson Email address: mari.gibson@va.gov Your responses to this notice are appreciated. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES/PROPOSALS; however, any firm that believes it can meet the requirements may provide answers, responses and give written notification prior to the response due date and time. Supporting evidence and responses must be furnished in enough detail to demonstrate the ability to perform the requirements. Veterans Health Care System of the Ozarks (VHSO) STATEMENT OF WORK Contract Title: Fayetteville C-arm Table Imaging for Pain Management Procedure Room Background: The purpose of this request is to acquire 1 c-arm table for the new Pain Management Procedure clinic. Scope: All products must meet all salient characteristics. All equipment and installation must meet manufacturers and VA specifications. All equipment will be new and not refurbished. Equipment requested: Description QTY CFPM400 Table - Brand name or equal (Oakworks) 4 Motion C-arm Table: 22x84 inch Integrated Headrest 1 Carbon Fiber Arm Board-2in Pad 2 Spine Positioning System II 1 Delivery and Installation Please consult with facility for available warehouse delivery dates and time. Delivery is to be made to: Veterans Health Care System of the Ozarks 1100 N College Ave, Building # 1 Loading dock Fayetteville AR, 72703 Normal Working hours are between 7:00 am 3:30 pm, Monday through Friday. All federal holidays excluded. VA follows all Federal holidays that are set by law (USC Title 5 Section 6103). The Government hereby provides notice and Contractor hereby acknowledges receipt that Government personnel observe the listed days as holidays: New Year's Day January 1 Martin Luther King's Birthday Third Monday in January President's Birthday Third Monday in February Memorial Day Last Monday in May Juneteenth June 19th Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas December 25 In addition to the days designated as holidays, the Government observes the following days: 1. Any other day designated by Executive Order; 2. Any other day designated by the President s Proclamation; and 3. Any other day designated by Federal Statute. Salient Characteristics Pain Management requires a specialized c-arm table for Pain Management procedures to function with their c-arm. This c-arm table will need to be flexible with different features that will help address a wide variety of Pain Management applications/patient needs. Imagining table should have a large height range for safe patient transfers while allowing providers ergonomic stance. Lift column needs to be very rigid, ensuring rock solid support for fast imaging and procedures. C-arm table should have an integrated headrest to accommodate diverse procedures. Brand name or equal: Oakworks Features Motion 1 - Height Range 26 - 44 Motion 2 - Trendelenburg Tilt +15/-12ยบ Motion 3 - Longitudinal Travel 10 Motion 4 - Lateral Travel 8 22 (56cm) wide x 84 (214cm) long Carbon fiber top with 56 of metal free imaging 2 Radiolucent foam table top pad Spine-positioning system Arm boards 2 in. (5cm) Radiolucent Comfort Foam table top pad 4 in. (10cm) locking casters Crescent face rest pad (included with integrated headrest top) patient safety straps (2) Carbon Fiber Top - 22"" (56cm) wide x 84"" (214cm) long 56 in. Metal free imaging space Weight Capacity - 500lb (227kg) Plug in with no Installation, Training or removal of existing equipment required.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6d3df824cca54533800451abca118b73/view)
- Place of Performance
- Address: Veterans Healthcare System of the Ozarks 1100 N. College Avenue, Fayetteville 72703, USA
- Zip Code: 72703
- Country: USA
- Zip Code: 72703
- Record
- SN06669641-F 20230504/230502230120 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |